Loading page content…
Loading page content…
Loading contract search results…
428 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
Kent County Council (the Council) is the largest local council in England covering an area of 3,500 square kilometres. It has an annual expenditure of over £1.6bn on goods and services and a population of 1.8m. The Council provides a wide range of personal and strategic services on behalf of its residents, operating in partnership with 12 district councils and over 300 parish/town councils. The Council procures and manages transport for children/ students with special educational needs in line with the requirements placed on it by Government, through the home to school statutory guidance: www.gov.uk/government/uploads/system/uploads/attachment_data/file/445407/Home_to_School_Travel_and_Transport_Guidance.pdf The Council established this Dynamic Purchasing System (DPS) to tender for Home to School transport and a wide range of social care transport requirements. The Supplier will be required to deliver children/students to school in a safe and efficient manner, ensuring they are ready for learning. They will be expected to deliver them home at the end of the day, in a safe and efficient manner. The Supplier will also be expected to embed a pro-active communication process which takes into account the requirements of the Council, school and the parents/guardians of the individual client. Whether a child attending school or a child requiring transport these children may have conditions covering: -Learning difficulties; -Mental health conditions; -Behavioural, emotional and social difficulties; -Speech, language and communication difficulties; -Autistic spectrum disorder; -Visual impairment; -Hearing impairment; -Multi-sensory impairment; -Physical disability; and, -Hidden disability. This requirement looks to source transportation services from the commercial market to provide transport into the selected schools. The suppliers will be required to provide: vehicles, drivers & passenger assistants to transport students to these schools ensuring that the vehicles and level of care meet the individual needs of each passenger as identified within the terms and conditions of contract, tender specification which will include appropriate safeguarding requirements. Further details of the full scope and specific requirements will be provided within the tender documentation issued under this DPS. Further background and technical information can be found within the tender documentation. This Dynamic Purchasing System (DPS) was originally established in 2016, with a start date of 01 November 2016. Due to the lack of viable alternatives provided by the Procurement Act 2023 (PA23) and in line with the transition arrangements, the Council is extending the 'Supported Local Bus and Home to School Transport Services' DPS period of validity - in accordance with Regulation 28(1)(a) of the Public Contracts Regulations 2015 - from 01 November 2026 to 23 February 2029, to ensure continuity of service. All other terms and conditions of th
£750,000,000
Contract value
The Council of the Borough of Kirklees (the "Council") is conducting this procurement exercise, in accordance with the Light Touch Regime of the Public Contracts Regulations 2015 (SI 2015/102), and intends to establish an Electronic Market Place ("EMP") with Delivery Partners with relevant experience and ability to provide Adult Education, Training, Employment & Lifelong Learning on a non-exclusive basis Further details regarding the Services required are set out in the General Specification (Schedule 2) and in the Conditions of Contract (Schedule 4 Appendix 2). This EMP is anticipated to commence on 1st June 2022 until 23rd February 2029 subject to continued availability of eligible Contractors continuing to meet the requirements and demands of the Service. The estimated cumulative annual value for the Contracts potentially called off under this EMP is Seven Hundred and Fifty Thousand Pounds Sterling (£750,000) per annum. The initial Submission Deadline for the receipt of Requests to Participate is 16th May 2022 at 13:00hrs and will be quarterly thereafter. Further Competitions will commence from 1st June 2022 until 23rd February 2029 Additional information: Further Competitions will commence from 1st June 2022 until 23rd February 2029
£5,625,000
Contract value
The City of Edinburgh Council has in place a Dynamic Purchasing System (DPS) for the Provision of Supported Bus Services. The DPS will be in place for 5 years until February 2029 and the Council will have the option to extend for an additional 3 periods of 12 months each, which will be exercised by the Council serving notice on the successful applicants in accordance with the Council's Terms and Conditions. The DPS is open to any supplier joining through its lifetime that satisfies the specified selection criteria.
£10,000,000
Contract value
Kent County Council (the Council) is the largest county council in England covering an area of 3,500 square kilometres. It has an annual expenditure of over £1.6bn on goods and services and a population of 1.8m. The Council provides a wide range of personal and strategic services on behalf of its residents, operating in partnership with 12 district councils and over 300 parish/town councils. This requirement is from the Growth, Environment and Transport Directorate is for the provision of services operated using PSV or Community (Section 19 or 22) Bus Permits. The requirements relate to the Council's activity in respect of Supported Local Bus (including Kent Karrier) and Home to School Transport Services. Supported Bus services are procured for the delivery of socially necessary bus services (including Kent Karrier), where the authority will fund the provision of a local bus service which is not commercially viable, which would therefore not otherwise run but which the authority has identified as meeting a social need i.e. rural connectivity. Home to School Transport services are procured to provide school transport for those pupils who are determined by our Education and Young People's Directorate as eligible for free home to school transport. Where the volume of pupils is sufficient to justify a larger vehicle (minibus, coach or bus) these will require provision of this transport by a Public Service Vehicle Licensed Operator who can run services either as a public bus service or as a privately hired vehicle. Further details of the full scope and specific requirements will be provided within the tender documentation issued under this DPS. Further background and technical information can be found within the tender documentation. This Dynamic Purchasing System (DPS) was established in 2016, with a start date of 01 January 2017. Due to the lack of viable alternatives provided by the Procurement Act 2023 (PA23) and in line with the transition arrangements, the Council is extending the 'Supported Local Bus and Home to School Transport Services' DPS period of validity - in accordance with Regulation 28(1)(a) of the Public Contracts Regulations 2015 - from 31 December 2027 to 23 February 2029, to ensure continuity of service. All other terms and conditions of the DPS remain unchanged. This Dynamic Purchasing System has a total value of £100 million, covering the period from its establishment in 2017 through to the end of its period of validity.
£100,000,000
Contract value
Kent County Council (the Council) is the largest county council in England covering an area of 3,500 square kilometres. It has an annual expenditure of over £1.6bn on goods and services and a population of 1.8m. The Council provides a wide range of personal and strategic services on behalf of its residents, operating in partnership with 12 district councils and over 300 parish/town councils. This requirement is from the Growth, Environment and Transport Directorate is for the provision of services operated using PSV or Community (Section 19 or 22) Bus Permits. The requirements relate to the Council's activity in respect of Supported Local Bus (including Kent Karrier) and Home to School Transport Services. Supported Bus services are procured for the delivery of socially necessary bus services (including Kent Karrier), where the authority will fund the provision of a local bus service which is not commercially viable, which would therefore not otherwise run but which the authority has identified as meeting a social need i.e. rural connectivity. Home to School Transport services are procured to provide school transport for those pupils who are determined by our Education and Young People's Directorate as eligible for free home to school transport. Where the volume of pupils is sufficient to justify a larger vehicle (minibus, coach or bus) these will require provision of this transport by a Public Service Vehicle Licensed Operator who can run services either as a public bus service or as a privately hired vehicle. Further details of the full scope and specific requirements will be provided within the tender documentation issued under this DPS. Further background and technical information can be found within the tender documentation. This Dynamic Purchasing System (DPS) was established in 2016, with a start date of 01 January 2017. Due to the lack of viable alternatives provided by the Procurement Act 2023 (PA23) and in line with the transition arrangements, the Council is extending the 'Supported Local Bus and Home to School Transport Services' DPS period of validity - in accordance with Regulation 28(1)(a) of the Public Contracts Regulations 2015 - from 31 December 2027 to 23 February 2029, to ensure continuity of service. All other terms and conditions of the DPS remain unchanged. This Dynamic Purchasing System has a total value of £100 million, covering the period from its establishment in 2017 through to the end of its period of validity.
£100,000,000
Contract value
Kent County Council (the Council) is the largest county council in England covering an area of 3,500 square kilometres. It has an annual expenditure of over £1.6bn on goods and services and a population of 1.8m. The Council provides a wide range of personal and strategic services on behalf of its residents, operating in partnership with 12 district councils and over 300 parish/town councils. This requirement is from the Growth, Environment and Transport Directorate is for the provision of services operated using PSV or Community (Section 19 or 22) Bus Permits. The requirements relate to the Council's activity in respect of Supported Local Bus (including Kent Karrier) and Home to School Transport Services. Supported Bus services are procured for the delivery of socially necessary bus services (including Kent Karrier), where the authority will fund the provision of a local bus service which is not commercially viable, which would therefore not otherwise run but which the authority has identified as meeting a social need i.e. rural connectivity. Home to School Transport services are procured to provide school transport for those pupils who are determined by our Education and Young People's Directorate as eligible for free home to school transport. Where the volume of pupils is sufficient to justify a larger vehicle (minibus, coach or bus) these will require provision of this transport by a Public Service Vehicle Licensed Operator who can run services either as a public bus service or as a privately hired vehicle. Further details of the full scope and specific requirements will be provided within the tender documentation issued under this DPS. Further background and technical information can be found within the tender documentation. This Dynamic Purchasing System (DPS) was established in 2016, with a start date of 01 January 2017. Due to the lack of viable alternatives provided by the Procurement Act 2023 (PA23) and in line with the transition arrangements, the Council is extending the 'Supported Local Bus and Home to School Transport Services' DPS period of validity - in accordance with Regulation 28(1)(a) of the Public Contracts Regulations 2015 - from 31 December 2027 to 23 February 2029, to ensure continuity of service. All other terms and conditions of the DPS remain unchanged. This Dynamic Purchasing System has a total value of £100 million, covering the period from its establishment in 2017 through to the end of its period of validity.
£100,000,000
Contract value
Nottingham City Council, as the accountable body for the Midlands Net Zero Hub, is inviting applications from suitably experienced and qualified entities to participate in a DPS covering a range of professional services to support the delivery of energy-efficiency projects. This DPS is organised into 11 Categories covering the types of services required: • Category 1: Retrofit Coordinator • Category 2: Retrofit Assessor • Category 3: Retrofit Designer • Category 4: Retrofit Evaluator • Category 5: All Retrofit Coordination Steps (including EPC Assessment) • Category 6: Retrofit project and contract management • Category 7: Tenant liaison • Category 8: Quality Assurance & Technical Inspection • Category 9: Retrofit Consultancy (e.g. Stock Analysis; Client’s Friend; Procurement Review) • Category 10: Technical Feasibility for Renewable Energy, Energy Systems, and Heat Decarbonisation • Category 11: Building Retrofits, Energy Efficiency, and Community Engagement In addition, call-offs may include associated services either where these are necessary to undertake the tasks that are central to the call-off, or where it would be beneficial to the project to have additional tasks carried out by the same consultant and the associated services constitute a small part of the overall call-off. Please note, this advert covers the entire estimated lifespan of the DPS. Applications submitted within the first 30 days of the published advert will be assessed before any tender opportunities are published through the DPS. Applications received after the first 30 days will be assessed thereafter on an ongoing basis.
£100,000,000
Contract value
DPS for the Provision of Local Bus Services in Leicestershire (LBS1) Establishment of a Dynamic Purchasing System (DPS) for the provision of Local Bus Services in Leicestershire. This notice is to inform the market that the DPS, which was put in place in September 2024, has been extended to 23 February 2029.
£20,000,000
Contract value
Nottingham City Council, as the accountable body for the Midlands Net Zero Hub, is inviting applications from suitably experienced and qualified entities to participate in a DPS covering the design, supply, and installation, of a number of categories of energy-efficient equipment and solutions to domestic premises. This DPS is organised into 7 Categories covering the types of measures and installations required: • Category 1: Solid Wall Insulation (external &/or internal) • Category 2: Park Homes Insulation • Category 3: Multiple Insulation Measures (combinations of CWI, SWI (Int or Ext), FI, RIR, LI, Ventilation, Glazing, Doors) • Category 4: MCS measures and Integrated Systems (Solar PV, battery storage, heat pump (AHSP / GSHP etc), Solar Thermal, Ventilation) • Category 5: Shared systems (communal heating, shared solar and ground heat loops) • Category 6: Low-Cost Measures (Low energy lightbulbs, Hot water tank insulation jacket, Draughtproofing and Heating controls / Smart Heating Controls) • Category 7: Whole House Retrofit Solutions (combinations of any measures) In addition, call-offs may include associated works and services either where these are necessary to undertake the works that are central to the call-off (e.g. installing scaffolding for working at heights), or where it would be beneficial to the project to have additional works or services carried out by the same contractor and the associated works or services constitute a small part of the overall call-off. Please note, this advert covers the entire estimated lifespan of the DPS. Applications submitted within the first 30 days will be assessed before any tender opportunities are published through the DPS. Applications received after the first 30 days will be assessed thereafter on an ongoing basis.
£900,000,000
Contract value
Pembrokeshire County Council (PCC) and on behalf of the Hywel Dda University Health Board are issuing a tender for a Dynamic Purchasing System for Supported Living Services comprising of both Community and Household Care and Support. The approximate Hywel Dda University Health Board contract value and approximate Housing Related Support Grant contract value has been included within this notice. The value provided is per annum.
£17,512,132
Contract value
Wigan Council is seeking to receive applications for admittance to a Home to School Transport and Adult Social Care Transport Dynamic Purchasing System (DPS). The DPS will be used as the mechanism to procure services by entering into calls for competition with providers on the DPS. In accordance with The Public Contract Regulations 2015, Regulation 34 (28(a)), Wigan Council is extending the DPS originally advertised in The Official Journal of the European Union (OJEU) with reference number 2015/S 078-138444 and extended by notices 2019/S 093-224781 and 2023/S 000-017392. For indicative purposes, the DPS will be extended until 23rd February 2029. Providers already on the DPS do not need to reapply as they will automatically remain on the DPS. Within this Contracts Finder notice a 'closing date' and 'contract start date' have had to be provided; interested applicants may however apply to join the DPS at any time during its period of validity. Transport services to be provided under the DPS include home to school transport for children with special educational needs, home to college transport for young adults with special educational needs, and adult social care transport. Services may be required on a daily, weekly, fortnightly or term time only basis for young people attending special educational needs schools, mainstream schools, mainstream colleges, alternative and complementary education and residential services, and respite care; and for adults attending day care facilities owned and managed by Wigan Council, community interest companies and respite care. Clients using the service may be vulnerable and suffer from learning disabilities, behavioural problems, sensory or hearing difficulties, autistic spectrum disorder or another physical disability. Therefore, some journeys will require that a Passenger Assistant be provided by Wigan Council to accompany them. In order to meet the variety of transport needs contractors must be able to provide as a minimum one of the following vehicle options to be considered for admittance to the DPS: (i) Standard Car (up to four seats); (ii) Accessible Taxi; (iii) Black Cab; (iv) Minibus (up to eight seats); (v) Minibus (sixteen seats); (vi) Tail Lift Vehicle (minimum of 300kg tail lift required); and, (vii) Coach. The DPS will be used as the mechanism through which Wigan Council will procure home to school and adult social care transportation services and it will be used as a basis to enter into calls for competition with providers on the DPS. Individual contracts raised under the DPS may commence at any time and will depend on the local circumstances of Wigan Council. It is however envisaged that the majority of the home to school contracts will run from the beginning of the Autumn term until the end of the academic year in which they are awarded. The DPS period can be later amended (shortened or terminated), subject to the notification on the relevant standard forms. Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at https://www.the-chest.org.uk. Once the application documents to join the DPS have been obtained from the abovenamed website address, applications to join the DPS must be submitted to the e-mail address below: hometoschooltransportdpsapplication@wigan.gov.uk
£53,200,000
Contract value
The Council is inviting contractors to join a Dynamic Purchasing System (DPS) for the Provision of Domiciliary Care Services in Powys. The initial period for the DPS was 10 years, with an option to extend for a further 5 years. However with the introduction of new Procurement Act 2023, there is a requirement for DPS's established under PCR2015 to end by 24th February 2029. The DPS has been paused for a period of review which is now complete and the Council is re-opening the DPS for providers to apply to join. The Council will assemble and maintain an approved list of contractors for the Provision of Domiciliary Care. Providers are required to be registered with the Care Inspectorate Wales (CIW) to provide domiciliary support services in the Powys regional partnership area. The DPS will remain open so new providers can complete the Pre-Qualification Questionnaire. The DPS and proposed Lots within it: The DPS and proposed Lots: Lot 1: Sessional Domiciliary Care Lot 2: Live in Care Lot 3: Powys Teaching Health Board Providers can bid for one or more Lots. Existing DPS providers are not required to re-apply
£86,472,910
Contract value
The Council is inviting contractors to join a Dynamic Purchasing System (DPS) for the Provision of Domiciliary Care Services in Powys. The initial period for the DPS was 10 years, with an option to extend for a further 5 years. However with the introduction of new Procurement Act 2023, there is a requirement for DPS's established under PCR2015 to end by 24th February 2029. The DPS has been paused for a period of review which is now complete and the Council is re-opening the DPS for providers to apply to join. The Council will assemble and maintain an approved list of contractors for the Provision of Domiciliary Care. Providers are required to be registered with the Care Inspectorate Wales (CIW) to provide domiciliary support services in the Powys regional partnership area. The DPS will remain open so new providers can complete the Pre-Qualification Questionnaire. The DPS and proposed Lots within it: The DPS and proposed Lots: Lot 1: Sessional Domiciliary Care Lot 2: Live in Care Lot 3: Powys Teaching Health Board Providers can bid for one or more Lots. Existing DPS providers are not required to re-apply
£86,472,910
Contract value
This is an extension for the Council's Dynamic Purchasing System (DPS) for Passenger Transport Services. The Authority is extending the validity of its existing DPS for a further 22 month period until 23 February 2029. Please note that organisations can apply to join the Council's DPS at any time during its validity if they satisfy the selection criteria and none of the grounds for exclusion apply. For the avoidance of doubt, those suppliers that are already on the existing DPS do not need to respond to this contract notice as they are already admitted. The original notice ref is 2022/S 000-010315 and located here: https://www.find-tender.service.gov.uk/Notice/010315-2022?origin=SearchResults&p=9835
£175,000,000
Contract value
Wigan Council is seeking to receive applications for admittance to a Home to School Transport and Adult Social Care Transport Dynamic Purchasing System (DPS). In accordance with The Public Contract Regulations 2015, Regulation 34 (28(a)), Wigan Council is extending the DPS originally advertised in The Official Journal of the European Union (OJEU) with reference number 2015/S 078-138444 and extended by notices 2019/S 093-224781 and 2023/S 000-017392. For indicative purposes, the DPS will be extended until 23rd February 2029. Providers already on the DPS do not need to reapply as they will automatically remain on the DPS.
£53,200,000
Contract value
The Council has a wide range of waste materials to manage across Warwickshire, as a result of increasing waste segregation, these materials vary in terms of tonnage and value. This segregation has resulted in the creation of several niche or low-volume materials, including automotive batteries, oil, chemicals, paint, gas cylinders, fire extinguishers, printer cartridges, plasterboard, various plastics, glass, non-ferrous metals, textiles, and waste upholstered domestic seating. The Council needs to have contracts in place for these waste materials brought to the HWRCs/Waste Transfer Stations by the public, commercial traders, the waste collection authorities, or suppliers acting on their behalf and charities. The Council is proposing to manage these types of waste materials through this DPS. Managing these waste materials is key to supporting the safe and compliant handling of waste in Warwickshire. The estimated value is expected to be circa £3,000,000 over the life of the DPS however, should unexpected circumstances / demand arise, this value could increase to circa £5,000,000. These figures are estimates provided in good faith.
£5,000,000
Contract value
**IMPORTANT - This notice is a duplication of TED notice 278841-2019 published 12/06/2019 and TED change notice 522277-2023. This notice is to allow for the award of further competitions via the FTS System. Please note this is not a new notice** (copy link) https://ted.europa.eu/en/notice/-/detail/278841-2019 The Council of the Borough of Kirklees (including Kirklees neighbourhood housing identified as the 'Council' is seeking to establish a Dynamic Purchasing System (DPS) for construction contractors, subcontractors and ancillary services to undertake repair/ maintenance works/services for its portfolio of assets. The Authority have opted to establish a DPS as it is deemed the most appropriate option to meet its requirements and will enable a clear, consistent and compliant route to market. The DPS will be open to new entrants throughout its lifespan to allow coverage for ever changing requirements, including but not limited to new regulations and central government requirements. The procurement documents and subsequent updates are available for unrestricted and full direct access, free of charge, at: https://uk.eu-supply.com/ctm/Supplier/PublicPurchase/41778/0/ The DPS is anticipated to commence June 2019 for a period of 60 months, with a provision to extend the DPS for up to five (5) further twelve (12) month periods (the 'DPS Period'). The end date in FTS has been amended in accordance with the transitional arrangements of the Procurement Act 2023. The value of £154,000,000 represents the value as modified under change notice: 522277-2023. Please see further below for more information on the lots.
£154,000,000
Contract value
Warwickshire County Council invites applications from suitably experienced service providers for admission to the DPS. Suppliers accepted onto the Learning and Organisational Development DPS will be offered the opportunity to tender for the delivery or development of a wide range of learning and organisational development interventions to either Warwickshire County Council or another contracting Local Authority as referred to in the OJEU Contract Notice (the 'Customer') as and when they arise. The DPS will be divided into Lots (as detailed within the Operational Document) and Service Providers will need to self-declare their suitability to provide tenders for specified Lots in line with the evaluation criteria (as detailed within the Operational Document) in order to be accepted on to the DPS and to be able to bid for opportunities in the specified Lot as they arise. Additional information: You will need to be registered as a supplier on CSW-Jets (www.csw-jets.co.uk) in order to be able to access this Project, the documentation and to submit a application. Warwickshire County Council's estimated total spend over the initial 7 year period was £7,000,000 (GBP). This value was provided as an estimate only and is subject to change. As stated within the OJEU Contract Notice: Estimated Total Value excluding VAT: £20 000 000.00 (GBP). The DPS' "Period of Validity" has been extended from April 2026 to February 2029.
£7,000,000
Contract value
The Dynamic Purchasing System will be used for the provision of bus transport services for home to school and local bus services. The required vehicle size for this contract is 9 seats or more. Passenger assistants may be required on some routes. Once a Supplier has successfully completed their application to the DPS, operators will be advised of the opportunities available as and when they arise. Operators can then choose whether they want to bid for the requirement or not (it is not compulsory to bid for every opportunity offered, and all operators within the DPS approved Supplier list will be informed of the opportunity, but can choose whether or not to bid on an individual basis). Tender opportunities are likely to be offered either via an electronic auction (e-auction) exercise or via an electronic quote mechanism (currently In-Tend). Estimated value excluding VAT: £95,000,000-£150,000,000. For information, the latest annual spend figure through the current DPS was circa £13.5m. In order to submit an application to the DPS and bid for call-off's as and when they arise, you will need to register as a Supplier on our e-procurement portal, CSW-Jets (https://in-tendhost.co.uk/csw-jets/aspx/Home).
£150,000,000
Contract value
Operators/Suppliers accepted onto Warwickshire County Council's Passenger Transport Service using a Taxi or Private Hire Car Dynamic Purchasing System (DPS) will be offered the opportunity to tender for home to school taxi routes as and when they arise. The required vehicle size for this contract is no more than 8 seats. Passenger assistants may be required on some routes. Training for staff will be required on all routes (please refer to DPS agreement for training requirements). The Council's transport requirements will only be offered to those Operators/Suppliers who have applied to join and been accepted onto the Authorities DPS for taxi and private hire car services. The County Council will also require that all due diligence checks have been completed and are satisfactory. The DPS will comprise of a list of pre-approved operators who will then have the opportunity to tender for business opportunities as they arise. Once a Operator/Supplier has successfully completed their application to the DPS, Operators/Suppliers will be advised of the opportunities available as and when they arise. Operators/Suppliers can then choose whether they want to bid for the requirement or not (it is not compulsory to bid for every opportunity offered, and all Operators/Suppliers within the DPS approved Supplier list will be informed of the opportunity, but can choose whether or not to bid on an individual basis). Contracts let under the DPS can extend beyond the DPS expiry date. Call-Off Contracts will vary in length. Tender opportunities are likely to be offered either via an electronic auction (e-auction) exercise or via an electronic quote mechanism (mini-competition) using the online portal (CSW-Jets). Whilst the value is stated at £190,000,000, this is an anticipated value based on a forecast for the current financial year. The estimated value (excluding VAT) of this DPS over the initially intended 7 year period is expected to be in the region of £140,000,000, however, this value may be smaller given the reduced period of validity.
£190,000,000
Contract value